29 septembre 2020 | International, C4ISR

Microsoft Positions Itself To Win Space Data Market With Azure Orbital


Offering Ground-Stations-as-a-Service means customers are only obliged to pay for the amount of time they actually need to use on the station.

ALBUQUERQUE: Azure Orbital, the space-connections wing of Microsoft's cloud service Azure, launched last week. By offering Ground-Stations-as-a-Service, Microsoft wants to position itself as the bridge between the Pentagon and commercial satellites.

Ground stations are vital infrastructure for satellite communication, the physical node that makes all the images and information they collect useful. With the advent of lower-cost satellites, and the expansion of small satellite constellations in low earth orbit, the space industry is moving away from a locked-in model, where specific vendors only grant access to their satellites through their ground stations.

“Space is just so critical to everything we do here on earth,” says Frank Rose, a former assistant secretary of state for arms control who is now at Brookings. “Deploying additional capabilities, especially small satellites, in low earth orbit will definitely improve the resiliency of our national security space architecture.”

Earlier this year, Microsoft Azure won the $10 billion JEDI contract for Pentagon cloud services.

Offering Ground-Stations-as-a-Service means that the customers are only obliged to pay for the amount of time they actually need on the station. Cloud service providers already have a great deal of experience in flexible demand management and in processing the data received in their servers. That makes ground stations a natural outgrowth of existing cloud competences, the company argues.

In June 2020, the Space Development Agency said that rentable ground stations make it easier for the military to piggy-back on existing commercial infrastructure.

When it comes to constellations of small satellites, what companies are “trying to do is to optimize their processing architecture, trying to minimize how much compute you need to do on board because of the [Size, Weight and Power] constraints, which inevitably leads them to do more on the ground,” says Mikhail Grinberg, principle at Renaissance Strategic Advisors.

Yet that principal doesn't apply evenly across all applications. “For some military applications, given resiliency requirements,” says Grinberg, “they're trying to do more networking processing on board, as opposed to having an open pipe that can be tapped into.”

While Azure Orbital appears aimed at the space sector broadly, it is specifically cultivating ties to the Pentagon and the defense contracting community. Partners signed up at launch include Amergint, Kongsberg Satellite Services, Viasat, and US Electrodynamics, all of whom have long histories of working with the Pentagon.

Of particular note is Azure Orbital's partnership with Kratos, a company already actively working to make low-earth-orbit satellite space viable for military applications.

“Right now, the current national security space architecture is very vulnerable to other countries' Anti-Satellite capabilities, primarily China's and Russia's,” says Rose. “If we can proliferate this constellation of small satellites, we can improve the resiliency of America's national security space architecture.”

The military is planning for low earth orbit satellites in the battle management layer, ones that will primarily be processing data on board, having access to commercial infrastructure through Ground-Stations-as-a-Service increases the likelihood that they can be used when needed.

“For satellites in low earth orbit it might be days, three to four days before it's overhead again. That's the core problem,” says Brian Weeden of the Secure World Foundation. “One way you can solve that is by building a lot of ground stations.”

“The more you have commercial guys doing infrastructure on the ground,” says Grinberg, “if you can partition the data right, you can provide more resiliency.”

As part of its bid to build strong ties between Azure and the Department of Defense, Microsoft has specifically hired career professionals of the military and intelligence communities. In late, Azure hired Chirag Parikh from the National Geospatial-Intelligence Agency. Parikh had previously served as the Director of Space Policy for the White House.

William Chappell, CTO of Azure Global, announced Sept. 22nd that Azure Space had hired Stephen Kitay, former deputy assistant secretary of Defense for space policy, to head Azure's space industry division.

It is, actively, a project to embed Microsoft in the infrastructure of orbit. By positioning itself as an intermediary between the space sector and its end users, Microsoft can become another almost-invisible piece of that same infrastructure. Azure Orbital would also offer Microsoft a greater role in other Pentagon satellite-based projects, like cloudONE and the Advanced Battle Management System. Being able to surge connections with sensors in orbits, on demand, makes space far more flexible for human commanders.

“In the last 5 years, there's been a push from the military to move towards more common ground systems,” says Weeden. What remains to be seen is if the military will be comfortable with commercial companies operating those common ground systems, or if security concerns will instead preclude military traffic riding commercial channels.

https://breakingdefense.com/2020/09/microsoft-positions-itself-to-win-space-data-market-with-azure-orbital/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 14, 2020

    15 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 14, 2020

    ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $407,335,834 modification (P00291) to contract W56HZV-15-C-0095 to procure Joint Light Tactical Vehicles and associated kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2022. Fiscal 2018 and 2020 other procurement, Army; procurement, U. S. Marine Corps; and Foreign Military Sales (Lithuania and Slovenia) funds in the amount of $407,335,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Maloney Odin JV,* Novato, California, was awarded a $48,064,247 firm-fixed-price contract to degrade and reconstruct two miles of levee to support Sacramento River East Levee construction of both deep mix method and slurry trench cutoff walls. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 15, 2020. Fiscal 2020 civil construction funds in the amount of $48,064,247 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0004). General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $26,869,595 cost-plus-fixed-fee contract to procure Year 11 system engineering and program management services for product manager tactical network, systems, and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Jan. 22, 2021. Fiscal 2020 other procurement, Army, funds in the amount of $26,869,595 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0005). Cray Inc., Seattle, Washington, was awarded a $25,480,000 firm-fixed-price contract for Department Of Defense high-performance computing modernization programs. Bids were solicited via the internet with three received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of Aug. 13, 2025. Fiscal 2020 other procurement, Army, funds in the amount of $25,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0147). Cybernet Systems Corp.,* Ann Arbor, Michigan, was awarded a $22,367,890 firm-fixed-price contract for ongoing development, manufacture, delivery, set-up and integration of up to 25 new and existing automated tactical ammunition classification systems and spent brass sorter units. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0012). DEFENSE INFORMATION SYSTEMS AGENCY Hewlett Packard Enterprise Co., San Jose, California (HC1084-20-D-0003), was awarded a competitive, single award, indefinite delivery/indefinite quantity, firm-fixed-price contract with a ceiling of $61,825,294 for integrated processor capacity services – X-86 (IPCS-X) for Defense Information Systems Agency (DISA), Operations Center. The place of performance will be at DISA data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of Missions Partner service requirements. The solicitation, HC1082-18-R-0022, was posted on Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov). The solicitation was issued as a competitive action and four proposals were received. The period of performance (PoP) consists of a five-year base period and five one-year option periods for a total contract life cycle of ten years. The base period of performance is Feb. 14, 2020, through Feb. 13, 2025, and the option years follow consecutively through Feb. 13, 2030. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0003). NAVY BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,569,851 cost-plus-award-fee contract for the accomplishment of post-shakedown-availability (PSA) for one Freedom-variant Littoral Combat Ship (LCS), with options for the accomplishment of PSAs for up to seven additional Freedom-variant LCSs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $203,886,801. The PSA is accomplished within a period of approximately 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Mayport, Florida, and is expected to be completed by March 2021. If all options are exercised, work will continue through November 2025. Fiscal 2020 shipbuilding and conversion (Navy) funding for $7,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2320). The Syncon LLC,* Chesapeake, Virginia, is awarded a $23,242,171 firm-fixed-price contract for the construction of Commander Undersea Surveillance intelligence, surveillance and reconnaissance operations expansion located at Naval Air Station Oceana. This contract also included three planned modifications. The work to be performed provides for the construction of a new addition attached to the current facility. The new addition will be constructed of a structural steel frame, concrete slab, and a modified bitumen roof system. The existing building will be reconfigured to compliment the expanded spaces to meet mission requirements. Site improvements include but are not limited to demolition of the existing warehouse. The site will be reconfigured to accommodate 330 parking spaces, a new access road, a new loading dock, landscaping, flagpoles, site furnishings, dumpster relocation, exterior signage, free mitigation and storm water management. Work will be performed at Virginia Beach, Virginia, and is expected to be completed by March 2022. Fiscal 2018 military construction, Navy contract funds for $23,242,171 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8503). Jacobs Ewingcole JV, Pasadena, California, is awarded a task order N62473-20-F-4323 at $15,865,000 under an indefinite-delivery/indefinite-quantity contract for design-build construction packages at Naval Air Weapons Station (NAWS), China Lake. The work to be performed provides design and engineering services for design-build request for proposals for various fiscal 2021 military construction (MILCON) projects impacted by last year's earthquakes onboard NAWS China Lake. Work will be performed in Ridgecrest, California, and is expected to be completed by November 2020. Fiscal 2020 MILCON, (Navy) contract funds for $7,932,500 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Lockheed Martin Space, Titusville, Florida, is awarded a $13,860,565 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded and announced contract (N00030-19-C-0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (62.3%); Sunnyvale, California (35.9%); and other various locations (less than 1% each; 1.8% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds for $13,860,565 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. PrimeTech International Inc.,* North Kansas City, Missouri, is awarded a $12,746,631 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2020. Fiscal 2020 overseas contingency operations funds for $12,583,974; and operations and maintenance funds (Marine Corps) for $161,658 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2001). EPS Corp., Tinton Falls, New Jersey, is awarded an $8,531,520 modification to exercise an option to a previously awarded hybrid cost-plus-fixed-fee and firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-17-D-0026) for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95%); Montenegro (2%); Bulgaria (2%); and Italy (1%), and is expected to be completed by February 2021. No funding is being obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco Seattle, Inc., Kent, Washington, has been awarded a maximum $7,150,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for Department of Defense support of Navy customers in the Seattle, Washington/Puget Sound Region. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 63-day bridge contract with no option periods. Location of performance is Washington, with an April 18, 2020, performance completion date. Using military service is the Navy.Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3263). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2085466/source/GovDelivery/

  • Industry could wait months for COVID reimbursements from Pentagon

    10 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Industry could wait months for COVID reimbursements from Pentagon

    By: Aaron Mehta WASHINGTON — As the defense department seeks billions in emergency funding to reimburse industry for costs incurred during the COVID-19 pandemic, the Pentagon's top acquisition official pledged not to rush that money out the door. Speaking at the annual Defense News Conference, Ellen Lord, undersecretary of defense for acquisition and sustainment, said it will likely take five to six months before any reimbursements to industry under the Coronavirus Aid, Relief, and Economic Security (CARES) act will take place as the department seeks a “very data driven approach” to that money. Section 3610 of the CARES act allows firms serving the federal government to seek reimbursement for pandemic-related expenses, but Congress hasn't passed corresponding appropriations. Defense officials have said they need roughly $10 billion, and that without added funding from Congress, the Pentagon would have to dip into modernization and readiness funds. “We believe we need that appropriation to maintain readiness because if we do not get that what we are going to find is we are not going to get the number of units delivered, we are not going to maintain warfighter readiness, we're not going to move forward in modernization,” Lord said. “We would like to take the one-time hit and then see where we go from there.” Should Congress appropriate the requested funds, the Pentagon would issue a request for proposal, with the large primes gathering data from up and down their supply chains before returning with their requests to the Pentagon. That process will likely take two to three months, Lord said. “Then we want to look at all of the proposals at once. It isn't going to be a first-in-first-out and we have to rationalize using the rules we've put in place, what would be reimbursable, and what's not,” she added. “So overall, we think five to six months, in terms of a process.” When the COVID pandemic struck in March, hundreds of defense subcontractors had to close up shop. As of now, only 30 remain shuttered, Lord said, although she acknowledged that the department is keeping a wary eye on the situation. “What we are looking for is whether or not we're maintaining warfighter readiness for our production programs, and then relative to modernization, whether we are hitting key milestones relative to development programs,” she said. “We have seen some slowdowns. We are carefully monitoring, using monthly metrics, where we are.” While the most recent round of quarterly earnings reports from public defense companies did not show a major slowdown from COVID, Lord warned that those reports “in large part don't reflect the hits that were taken by business,” warning of a “delayed response” in terms of the diseases' economic impact on the sector. “I would contend that most of the effects of COVID haven't yet been seen, because most companies gave their employees time off, they stretched out production, paid a lot of people for working 100% when perhaps they were only getting 50% of the hours in and so forth,” she said. “So I think the system has absorbed it up to this point in time. Now when we get to the point where we're having payments and incentive fees and award fees earned, and if we haven't done the deliveries, that's where you're going to see the hit.” https://www.defensenews.com/smr/defense-news-conference/2020/09/09/industry-could-wait-months-for-covid-reimbursements-from-pentagon

  • Contract Awards by US Department of Defense - April 1, 2019

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - April 1, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $2,457,390,566 modification (P00015) to a previously-awarded contract HQ0147-17-C-0032 for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $1,431,251,585 to $3,888,642,151. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2019 USG procurement funds in the amount of $922,729,226; and KSA FMS funds in the amount of $1,534,661,340 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE The Boeing Co., Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract for Joint Direct Attack Munition/Laser Joint Direct Attack Munition (JDAM/LJDAM) technical services, aircraft integration, and sustainment. This contract provides for JDAM/LJDAM-specific activities including, but not limited to, technical services, aircraft integration, and sustainment. Work will be performed in St. Louis, and is expected to be complete by March 2029. This contract involves sales to the U.S. government (52 percent); and foreign military sales (48 percent) to various countries. Fiscal 2019 (Air Force and Navy) procurement and ammunition funds in the amount of $12,829,441 are being obligated on the first task order at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0005). Peerless Technologies Corp., Fairborn, Ohio, has been awarded for $47,241,075 for advisory and assistance services to support the Air Force Civil Engineering Center energy directorate. This contract provides for support of current Air Force energy policy execution, development of new plans and procedures, and implementation of future centralized energy program management endeavors. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,328,435 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0126). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $151,287,000 fixed-price-incentive-firm modification (P00016) to a previously awarded advance acquisition contract (N00019-17-C-0001). This modification provides for the procurement of long-lead items for the manufacture and delivery of 21 F-35 Lightning II Lot 14 low-rate initial production aircraft for the governments of Australia (15) and Norway (6). Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in Dec 2022. International partner funds in the amount of $151,287,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the governments of Australia ($108,170,000; 71 percent); and Norway ($43,117,000; 29 percent) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Moog Inc., Elma, New York, is awarded an $84,801,681 firm-fixed-price, long-term contract for repair of three items used on the V-22 aircraft. The contract will include a three-year base period with no option periods. Work will be performed in Elma, New York (85 percent); and Cherry Point, North Carolina (15 percent). Work is expected to be completed by March 2022. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-P901). MLT Systems LLC,* Stafford, Virginia, is being awarded a $44,822,205 firm-fixed-price task order (M67854-19-F-3000) under previously awarded contract N00178-10-D-6179 for Program Manager Advanced Amphibious Assault support services for business, acquisition, logistics, engineering, and test and evaluation (T&E) related activities to include acquisition policy and program documentation development; program analysis; logistics management support to include government furnished property maintenance; financial management; engineering; and T&E support. Work will be performed in Stafford, Virginia (74 percent); Camp Pendleton, California (18 percent); Aberdeen, Maryland (5 percent); and Albany, Georgia (3 percent); and is expected to be completed by April 23, 2023. Fiscal 2019 procurement (Marine Corps) funds in the amount of $8,297,486; and fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $2,067,314 will be obligated at the time of award and will not expire at the end of the current fiscal year. The base contract was competitively procured via SeaPort, Zone 2 – National Capital Region, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-3000). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $27,333,806 fixed-price indefinite-delivery, indefinite-quantity contract for the procurement of up to 62 430 Aircraft Direction Finders; 123 4230 Radio Tuner Panels; and 123 High Frequency 121 Radios in support of Lots 9, 10, and 11 P-8A Poseidon aircraft. These are in support of the Navy and the governments of Australia, the United Kingdom, Norway, New Zealand, Saudi Arabia, and South Korea. In addition, this contract provides for technical and engineering support, repair of repairables, and technical data. Work will be performed in Cedar Rapids, Iowa (95 percent); and Thiais Cedex, France (5 percent), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $6,012,416 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0007). (Awarded March 29, 2019) Lockheed Martin Space, Sunnyvale, California, is awarded $17,976,489 for cost-plus-fixed-fee level-of-effort completion modification P00001 to a previously awarded contract (N00030-18-C-0023) to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Fleet Ballistic Missile System. This contract provides for support for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. Re-entry Systems UK resident technical support, operational support hardware, and consumable spares are also provided for. Work will be performed in Cape Canaveral, Florida (39.41 percent); Sunnyvale, California (37.62 percent); Titusville, Florida (9.54 percent); Coulport, Scotland (5.70 percent); St. Mary's, Georgia (2.17 percent); Silverdale, Washington (2.11 percent); and various places below one percent (3.45 percent), with an expected level-of-effort completion date of March 31, 2020, and a deliverable items completion date of June 30, 2021. UK Funds in the amount of $17,976,489 will be obligated on this award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis, pursuant to 10 U.S. Code 2304(c)(4), and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded a $13,429,873 firm fixed-price contract modification to previously awarded contract (N00024-18-C-4208) to exercise options to procure Machinery Control System (MCS) consoles and cabinets for the DDG 51 new construction ship program and DDG 51 midlife modernization program and associated land based engineering sites. The DDG 51 Class MCS provides control and monitoring capability of the ship's auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, the MCS interfaces with the ship's power generation and electrical distribution system. Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by March 2021. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $13,429,873 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is being awarded a $12,872,342 modification (P00012) to a previously awarded fixed-price-incentive contract (N00019-17-C-0018). This modification upgrades three MQ-4C Triton aircraft from a baseline Integrated Functional Capability (IFC) 3 software configuration to a Multi-IFC 4 software configuration. Additionally, this modification updates drawings and associated technical data in support of the MQ-4C IFC software configuration upgrade. Work will be performed in Palmdale, California (48 percent); San Diego, California (38 percent); and Moss Point, California (14 percent), and is expected to be completed in October 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,872,342 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. SJC-BVIL,* Montrose Colorado, was awarded an $11,487,876 firm-fixed-price task order under a previously awarded design-build indefinite-delivery/indefinite-quantity unrestricted multiple awarded construction contract (N40084-19-F-4319) for commercial and institutional building construction contract to repair receiver site building Facility 201 at U.S. Naval Support Facility, Diego Garcia, British Indian Ocean Territory. The work to be performed provides replacement of engine generators of North Power Plant 730. The work includes architectural, civil/structural, electrical, mechanical and fire protection. The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,487,876 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Diego Garcia, British Indian Ocean Territory, is the contracting activity. (Awarded March 31, 2019) T3W Business Solutions Inc.,* San Diego, California, is awarded a $9,629,274 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $30,132,338. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3420). Thor Solutions LLC,* Arlington, Virginia, is awarded a $9,482,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,719,124. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy); and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3421). Kros-Wise Inc.,* San Diego, California, is awarded a $9,382,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,378,360. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3419). Northrop Grumman Systems Corp., San Diego, California, is being awarded a $7,241,880 advance acquisition contract modification (P00002) to a previously awarded cost-reimbursable contract (N00019-18-C-1028). This modification extends the period of performance and provides additional funding to procure long lead components, material, parts and associated efforts required to maintain the MQ-4C Triton Unmanned Aircraft System planned low rate initial production, lot 4 production schedule. Work will be performed in San Diego, California (25.3 percent); Baltimore, Maryland (22.7 percent); Salt Lake City, Utah (20.2 percent); Bridgeport, West Virginia (8.2 percent); Red Oak, Texas (4.7 percent); Vandalia, Ohio (.2 percent); various locations within the continental U.S. (15.1 percent); and various locations outside the continental U.S. (3.6 percent), and is expected to be completed in May 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,241,880 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a maximum $49,144,712 modification (P00145) to a 50-year contract (SP0600-08-C-8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price prospective redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. ARMY Burns & McDonnell, Kansas City, Missouri, was awarded a $48,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4007). Korean Airlines Co. Ltd., Seoul, Republic of Korea, was awarded a $9,446,385 modification (P00003) to contract W91QVN-17-D-0003 for depot level helicopter maintenance. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. 411th Combat Support Brigade, Seoul, South Korea, is the contracting activity. World Wide Technology, St. Louis, Missouri, was awarded a $7,883,995 firm-fixed-price contract for information technology hardware. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 3, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,739,383 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0013). CDW Government LLC, Vernon Hills, Illinois, was awarded a $7,701,689 firm-fixed-price contract for hardware supply, specialty notebooks, standard desktop, performance desktop, Standard Micro Form Factor, Performance Micro Form Factor, rugged tablets and monitors. Bids were solicited via the internet with three received. Work will be performed in Bruchmuehlbach-Miesau, Germany, with an estimated completion date of May 6, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,701,689 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0018). Raytheon Co., McKinney, Texas, was awarded a $7,383,058 firm-fixed-price contract for logistics maintenance capability, repair parts, replenishment material, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, obsolescence redesigns, test evaluation material for repairs, field service representative technical assistance, and contractor repair in support of the Tube-launched, Optically-tracked, Wireless-guided Improved Target Acquisition System. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,383,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0069). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1802502/

Toutes les nouvelles